GOVERNMENT OF NATIONAL CAPITAL TERRITORY DELHI

MEERA BAI INSTITUTE OF TECHNOLOGY

MAHARANI BAGH, NEW DELHI 110065.

NOTICE INVITING TENDERS

Ref.No:F.3(6/2)/MBIT/2011-12/PurchaseCell / Date:

Principal, MEERA BAI INSTITUTE OF TECHNOLOGY, Maharani Bagh, New Delhi invites sealed Tenders (Technical & Commercial) from reputed manufacturers or their authorized dealers or suppliers for purchase of chemicals for MLT, PH,CH Departments. A complete Tender document may be had on submission of a written application addressed to the Principal, MEERA BAI INSTITUTE OF TECHNOLOGY along with non-refundable fee of Rs. 200/- (Rupees two hundred only) in the form of Bank Draft in favour of the Principal, MEERA BAI INSTITUTE OF TECHNOLOGY, Maharani Bagh, New Delhi, or by paying cash during the office hours from 10.00 Hrs. to 16.00 Hrs. on all working days.

Opening date for sale of Tender documents6th February 2014,14.00 Hrs

Last date and time for receipt of Tender03th March 2014, 13.00 Hrs.

Time & date of opening of Technical Bid 03th March 2014,14.00 Hrs.

.

All Tenders must be accompanied with the “Earnest Money Deposit (EMD)”as laid down in the Tender Document and must be dropped in the “Tender Box”placed at Reception. The complete Tender Document can be downloaded from the website: However Tenderer will have to submit the Tender Fee of Rs. 200/- in the Form of Demand Draft at the time of submission of Tender.

Sd/-

PRINCIPAL

GOVERNMENT OF NCT OF DELHI

MEERA BAI INSTITUTE OF TECHNOLOGY

MAHARANI BAGH, NEW DELHI – 110 065

Ref..No: F.3(6/1)/MBP/2008-09/Purchase Cell Dated :

Principal, MEERA BAI INSTITUTE OF TECHNOLOGY, Maharani Bagh, New Delhi invites sealed tenders (Technical & Commercial) Marked “Tender for purchase of chemicals for MLT, PH,CH Departments.” from reputed manufacturers or their authorized dealers or suppliers.

INSTRUCTIONS TO TENDERERS

Opening date for sale of Tender documents6th February 2014,14.00 Hrs

Last date and time for receipt of Tender03th March 2014, 13.00 Hrs.

Time & date of opening of Technical Bid 03th March 2014,14.00 Hrs.

  1. Eligibility for Tenderers:

1.1The Tenderer should be of a reputed standing having expertise and experience in the field of designing, manufacturing, testing and has had supplying the equipment(s) and the items listed under the Packages.

1.2Tenderer must be registered with Delhi Sales Tax Department.

1.3Submission of an attested copy of valid Sales Tax Registration Certificate with PAN No. is a must for eligibility.

1.4The Tenderer must have at least 30% average annual financial turnover of the estimated cost of the tender during the last 3 years, ending 31st March of the previous financial year). The Tenderer must submit the proof of the same in the form of “Sales Tax Return”statement duly verified from Sales Tax Department, Govt of Delhi of the last 3 years or through Balance Sheet of the firm or through Income Tax Clearance Certificate.

1.5Tenderers should not have been declared black listed is rendered ineligibility by any Govt.office for indulging in corrupt and fraudulent practices.

1.6The dimensions & quality of items to be supplied should be as per quoted tender specifications.

1.7FollowingFirms are not allowed to participate in the tender vide D.T.T.E letter no. F.5(12)/I.T.I.SM/PUR/04-05/255 dated 15.06.2005

M/s Impex Sales India.

M/s Sachdeva Sales Corporation.

M/s Sameer Traders.

M/s India Tool House.

M/s Usha & Co.

1.8Submission of E.M.D. of Rs. 10,000/- Should be accompanied by the tender. This should be in the form of Demand draft or Pay Order in favour of The principal, MEERA BAI POLYTECHNIC, Maharani Bagh, New Delhi–65. and must be enclosed with the Technical bid itself.

  1. Technical specifications

The detailed Technical specifications, quantity required for items to be supplied are listed at Annexure-I.

  1. Cost of Tendering

3.1The Tenderer shall bear all the costs associated with the preparation and submission of its Tender, and the Principal hereinafter referred to as “the purchaser”, will in no case be responsible or liable for those costs, regardless of the conduct or outcome of the Tender process.

3.2The Tenderer is expected to examine all instructions, forms, terms and conditions in the Tender documents. Failure to furnish all information required by the Tender documents or submission of a Tender not substantially responsive to the documents in every respect will be at the Tenderer’s risk and may result in the rejection of its Tender.

  1. Documents comprising the Tender:

I“TECHNICAL TENDER”IN SEPARATE ENVELOP FOR ALL ITEMS

TO BE QUOTED.

4.1The Technical Tender prepared by the Tenderer shall comprise of the following:

i)A complete Tender Form as per Annexure-II.

ii)EARNEST MONEY DEPOSIT (EMD) mentioned against each category quoted in the form of a Demand Draft in favour of “The Principal, Meera Bai Polytechnic, New Delhi–65 shall be valid for 45 days beyond the maturing of the Tender. Any Tender not accompanied with requisite EMD will be rejected as non-responsive. The Tender security may be forfeited if a Tenderer withdraws its Tender during the period of Tender validity; or in the case of successful Tenderer, if the Tenderer fails to supply the equipment.

iii)The Tenderer must have at least 30% average annual financial turnover of the estimated cost of the tender during the last 3 years, ending 31st March of the previous financial year. The Tenderer must submit the proof of the same in the form of “Sales Tax Return”statement duly verified from Sales Tax Department, Govt of Delhi of the last 3 years or through Balance Sheet of the firm or through Income Tax Clearance Certificate.

iv)The supplier must furnish the details of their customers, like name of customers with full address, Phone, Fax No., Name of contact person, order no., cost & date of supply during the last two year to whom they have supplied machinery/ tools/ equipments (the period of two years should end on the 31st March of the previous financial year).

v)If the supplier is a “Manufacturer”it must furnish the details of its organization, stating no. of personnel employed, manufacturing facilities, after sales service facilities and quality control systems. If the supplier is not a manufacturer it must furnish details of its organization, stating no. of personnel employed, tie-ups for after sales- service facilities, whether he is authorized dealer or not for the items for which warrantee/ guarantee is required as per Bid documents.

vi)Firms registered with DGS&D & NSIC are exempted from submission of Bid Security only. So copy of registration letter must be attached to avail exemption from submission of Bid Security.

vii)Attested Copy of Sales Tax Registration Certificate with Permanent Account Number (PAN)

viii)Detailed specification of item supported with a statement of deviations and exceptions, catalogue etc. with respect to the technical specifications as mentioned in the Tender Document.

“COMMERCIAL TENDER”

i)A complete price details in separate envelope for all items quoted in Technical Tender.

  1. Period of validity of Tenders.

5.1Tenders shall remain valid for 120 days after the date of Technical Tender opening. A Tender valid for a shorter period may be rejected as non-responsive.

5.2In exceptional circumstances, the purchaser may solicit the Tenderer’s consent to an extension of the period of validity of 120 days. The request and the responses thereto shall be made in writing. The validity of EMD provided may also be suitably extended if required. A Tenderer may refuse the request without forfeiting its Tender security. A Tenderer granting the request will not be required nor permitted to modify its Tender.

  1. Sealing and Marking of Tenders:

I“TECHNICAL TENDER” IN SEPARATE ENVELOP FOR ALL ITEMS.

6.1The Tenderer shall seal the “TECHNICAL TENDER”FOR ALL ITEMS in an inner envelope, duly marking the envelope as “TECHNICAL TENDER”The envelope must be addressed to Principal, MEERA BAI INSTITUTE OF TECHNOLOGY, Maharani Bagh, New Delhi - 65 and bear “TENDER NO.:- .”And a statement on envelop “DO NOT OPEN BEFORE 14.00 HOURS ON 03-03-2014”.

II“COMMERCIAL TENDER” IN SEPARATE ENVELOP FOR ALL ITEMS.

6.1The Tenderer shall seal the “COMMERCIAL TENDER”FOR ALL ITEMS in an inner envelope, duly marking the envelope as “COMMERCIAL TENDER”The envelope must be addressed to Principal, MEERA BAI INSTITUTE OF TECHNOLOGY, Maharani Bagh.”.

6.2The outer envelope containing both the inner envelopes (Technical & Commercial) should indicate the name and address of the Tenderer to enable the Tender to be returned unopened in case it is declared “LATE”.

6.3If the outer envelope is found not sealed and marked as required the institute shall assume no responsibility for the Tender’s misplacement or premature opening.

7Late Tenders:

7.1Any Tender received by the purchaser after the deadline for submission of Tenders prescribed by the purchaser shall be rejected outright and/or returned unopened to the Tenderer.

8Pre Bid Meeting

8.1A Pre Bid Meeting will be held at 11.00 A.M. ON 06/02/2014 for clarifying issues and clearing the doubts, if any about the specifications and other terms & conditions.

9Opening of Tenders by purchaser:

9.1The purchaser will open Tenders (Technical Tenders only, in the presence of Tenderers’ representatives who would like to attend, at 14.00 AM on 03-03-2014” in the room of Principal, MEERA BAI INSTITUTE OF TECHNOLOGY, New Delhi.

9.2The Commercial Tenders for items whose Technical Tenders are qualified as per terms and conditions of the Tender documents shall be opened later.

9.3 The Tenderers’representatives who are present shall sign a register evidencing their attendance.

9.4In the event of the specified date of Tender opening being declared a holiday for the purchaser, the Tenders shall be opened at the appointed time and location on the next working day.

9.5The Tenderers’name, modifications or, Tender withdrawals, Tender prices, discount and the presence or absence of the requisite EMD and such other details as the purchaser, at its discretion, may consider appropriate will be announced at the opening. No Tender shall be rejected at Tender opening except for late Tenders, which shall be returned unopened to the Tenderer.

10Evaluation and Comparison of Tenders:

The purchaser will evaluate and compare the total Tender Price for each item for Tenders which have been determined to be substantially responsive as per the clause 1.

The purchaser’s price evaluation of a Tender will be as below:

  1. Unit Rate plus Excise duty, if any, plus
  2. Sales Tax, if any
  3. The suppliers quoted longer delivery period than the stipulated as above, for the purpose of evaluation only, an amount of 1%per week will be added to the quoted price to compare all the firms on equal footing.
  4. Total cost per unit.

11 Purchaser’s right to accept any Tender and to reject any or all Tenders:

11.1The purchaser reserves the right to accept or reject any Tender, and to annul the Tender process and reject all Tenders at any time Prior to award of contract, without thereby incurring any liability to the affected Tenderer or Tenderers of any obligation to inform the affected Tenderer or Tenderers of the grounds for the purchaser’s action.

12 Notification of contract and placement of supply order:

12.1Prior to the expiration of the period of Tender validity, the purchaser will notify the

successful Tenderers in writing that its Tender has been accepted.

12.2The notification of award will constitute the formation of the contract.

13Performance Security :

13.1Within 07 days of notification of the award, the successful Tenderer shall furnish the

Performance Security in the form of Bank Guarantee/Demand Draft amounting to 10%

of the contract value valid for 15 months.

13.2 Failure of the successful Tenderer to furnish the Performance Security shall

constitute sufficient grounds for the annulment of the award and forfeiture of the

EMD.

14Warranty:

14.1For items in the Annexure –I, the supplier warrants that the goods supplied under this contract are new, unused and most recent. The supplier further warrants that the goods supplied under this contract shall have no defect arising from design or materials or workmanship or from any act or omission of the supplier that may develop under normal use of the supplied goods in the conditions at consignee place.

14.2For items in the Annexure –I, this warranty as stated above shall remain valid for 12 months or more given by the Original Equipment Manufacturer after the goods, or any portion thereof as the case may be, have been delivered and commissioned to the final destination indicated in the contract.

14.3The purchaser shall promptly notify the supplier in writing of any claims arising under this warranty.

14.4Upon receipt of such notice, the supplier shall, with all reasonable speed, repair or replace the defective goods or parts thereof, without costs to the purchaser.

14.5If the supplier, having been notified, fails to remedy the defect(s) within a reasonable period, the Purchaser may proceed to forfeit the Performance Bank Guarantee.

15Inspection

15.1The inspection of the Goods shall be carried out to check whether the Goods are in conformity with the technical specifications attached to the contract.

15.2The final inspection of the ordered goods shall be carried out by the Technical Expert Committee duly constituted by the Principal of the institute.

16Penalty for late deliveries:

16.1If the supplier fails to deliver any or all of the goods or to perform the services within four weeks period, the purchaser shall, without prejudice to its other remedies under the contract, deduct from the contract price, as a liquidated damages, as detailed below:

i) A sum equivalent to 1% of the cost of undelivered goods or services for each week until

actual delivery, upto a maximum deduction of 4%. Once the maximum is reached, the

purchaser may consider the termination of the contract.

17 Payment

17.1 The Supplier’s request for payment shall be made to the individual Principal in writing,

accompanied by an invoice/Bill describing, as appropriate, the Goods delivered, rate and

amount.

17.2 Payments shall be made promptly by the Purchaser but in no case later than sixty days of

after submission of an invoice/bill or claim by the supplier.

18 Termination for Default

18.1 The purchaser may, without prejudice to any other remedy for breach of contract, by

written notice of default sent to the supplier, terminate the contract in whole or in part:

a) If the supplier fails to execute the supply order by the date specified in the order or within

any extension thereof granted by the purchaser.

b) If the supplier fails to perform any other obligation(s) under the contract.

c) If the supplier, in the judgment of the purchaser has engaged in corrupt or fraudulent

practices in executing the contract.

19 Resolution of disputes:

19.1 The Purchaser and the supplier shall make every effort to resolve amicably by direct

informal negotiation any disagreement or dispute arising between them under or in

connection with the contract.

19.2 Any dispute is subject to the jurisdiction of Delhi courts only.

20 The companies may provide a DEMO to ascertain the performance of the equipment.

PRINCIPAL

ANNEXURE-II

TENDER FORM

Date………………………..

Tender No…………………

To

The Principal

MEERA BAI INSTITUTE OF TECHNOLOGY,

Maharani Bagh,

New Delhi-65.

Ladies and/or Gentlemen,

:

Having examined the Tender Documents including addenda Nos. NIL, the receipt of which is hereby duly acknowledged, we, the undersigned, offer to supply and deliver………………………. (Description of Goods and Services) in conformity with the said Tender documents in accordance with the schedule of prices attached herewith and made part of this Tender.

We undertake, if our Tender as accepted, to deliver the goods in accordance with the delivery schedule specified in the schedule of requirements.

We agreed to all Terms and conditions of this Tender for a period of………………(Number) days after the date fixed for Tender opening and it shall remain binding upon us and may be accepted at any time before the expiration of that period.

Until a formal contract is prepared and executed, this Tender, together with your written acceptance thereof and your notification of award, shall constitute a binding contract between us.

We undertake that, in competing for (and, if the award is made to us, in executing) the above contract, we will strictly observe the laws against fraud and corruption in force in India namely “Prevention of Corruption Act 1988”.

Dated this……………….. day of……………….. 201………..

------

(Signature) (in the capacity of)

Duly authorized to sign Tender for and on behalf of

ANNEXURE – I
List Of Chemicals for Cosmetic
Chemistry in Cosmetology & Health for
Year 2013-2014
S.No / Name of item with specification
1 / Acetone (AR)10512 CDH /Qualigen
2 / Almond oil(Rogen badam sirin ) 100 ml
3 / Bismuth oxy chloride
4 / Borax
5 / Cholestrol 25 gm CDH
6 / Coconut oil 500 ml
7 / Caramine 5 gm CDH
8 / Chandan powder (Gandhi ashram )
9 / Glycerine 500 ml CDH
10 / Calamine 500 gm CDH
11 / Hexane 2.5 L CDH/Qualigen
12 / Isopropyl myristate 500 ml CDH
13 / Iron Oxide
14 / Lanoline
15 / Olive oil 100 ml CDH
16 / Rose water(Gulbari) 250 ml
17 / Sodium lauryl sulphateCDH 24349 500gm
18 / Kaoline
19 / Talc CDH/Loba 500 gm
20 / Tocopheryl acetate CDH 44099 ,50ml
21 / Vitamin A acetate CDH 24148 25 gm
22 / Cotton roll 500 gm absorbent
23 / Teapol 5L
24 / Zinc oxide AR 10298 CDH 500 gm
25 / Fullersearth
26 / Rose Perfume
27 / Lavender Perfume
28 / Chandan Perfume
29 / Dettol soap
30 / Dettol aniiseptic liquid
31 / Bur nol 25 gm
32 / Brown paper

Requirement of chemicals in MLT department for the year 2013-2014

S.no / Name with specification
1 / AcetoneAR 500ml
2 / Aniline SQ,qualigen
(21535) 500ml
3 / ASO,25T
4 / Ammonium sulphate
5 / Alk.phosphatase kit
by colorimetric
6 / Benzidine powder
7 / Buffer tablet,ph7,10tblt/bottle
8 / Buffer tablet,ph4,10tblt/bottle
9 / Buffer tablet,ph9,10tblt/bottle
10 / Bilirubin standard
11 / Bilirubin kit by colorimetric orspectrophotometric
12 / Calcaein Thymophthalein
13 / Capsule stain kit K004-Ikt himedia
14 / Cardiogelly 250g BPL
15 / CholesterolAR
16 / Cotton absorbent, 500g
17 / Creatine monohydrate ,25g
18 / Creatinine phosphokinase (MB) kit 5*20ml
19 / Creatine phosphokinase (NAC)kit 5x20ml
20 / Dettol Soap
21 / Dettol soap liquid 250ml pac
22 / Dettol antiseptic 100ml
23 / Disodium hydrogen arsenateLOBA
24 / Calcium kit by colorimetric or spectrophotometric
25 / ECG paper
26 / Ferrous ammonium sulphate
27 / Formaldehyde sol.GR37/41%(w/v)
28 / Glacial acetic acid
29 / Glycerine
30 / Hydrochloric acid 35%
31 / Hydrogen peroxide 30%(w/v)
32 / Haemoglobin std 50ml
33 / Indicator tape for autoclave1"*500 Torson
34 / Isopropyl alcohol GR
35 / LJ medium
36 / Liquour ammonia SG 0.91SQ
37 / Liquiplastin 10ml
38 / MacConkey agar 500g HIMEDIA
39 / Mercuric nitrate
40 / Molybdic acid
40 a / Neutral red 25g AR
41 / Nutrient agar 500g HIMEDIA
42 / Parafin liquid colorless light
43 / Paraffin wax
44 / pH paper refil range4-9 1n0=5 refil
45 / Quality control serum abnormal lypholised
46 / Quality control serum normal lypholised
47 / SGOT diagnostic kitby colorimetric orspectrophotometric
48 / SGPT diagnostic kit by colorimetric orspectrophotometric
49 / Singer oil
50 / Sodiun nitroprusside dihydrate AR 100g
51 / Sodium sulphite anhydrous
52 / Sulphuric acid 500ml 98%
53 / Teepol 5lt
54 / VDRL 50T
55 / Whattsman filter paper,circular 11cm
56 / Widal slide test
57 / Widal test tube
58 / XyleneAR 2.5lt
59 / Total protein & Albumin kitby spectrophotometricor colorimetric
60 / Uric acid kit by colorimetric or spectrophotometric

List of Chemicals to be Purchased IN Pharmacy Dept. for the Financial Year 2013-2014